DoD awards $713K MACC Task Order to GSINA-PACIFIC JV II LLC for construction services
Contract Overview
Contract Amount: $7,132,560 ($7.1M)
Contractor: Gsina-Pacific JV II LLC
Awarding Agency: Department of Defense
Start Date: 2025-12-23
End Date: 2027-09-13
Contract Duration: 629 days
Daily Burn Rate: $11.3K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 4
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: MACC TASK ORDER
Place of Performance
Location: SILVERDALE, KITSAP County, WASHINGTON, 98315
Plain-Language Summary
Department of Defense obligated $7.1 million to GSINA-PACIFIC JV II LLC for work described as: MACC TASK ORDER Key points: 1. Contract awarded under full and open competition, suggesting a competitive bidding process. 2. The firm-fixed-price contract type indicates that the contractor bears the risk of cost overruns. 3. The duration of the task order is approximately 629 days, spanning over 20 months. 4. The contract is for commercial and institutional building construction, a broad category. 5. The task order is a delivery order under a larger Multiple Award Construction Contract (MACC).
Value Assessment
Rating: fair
Benchmarking the value of this specific task order is challenging without more detailed scope information. However, the total award amount of $713,256 is moderate for a construction project of this duration. The firm-fixed-price structure is generally favorable for the government, as it caps the contractor's potential earnings and shifts cost overrun risk. Further analysis would require comparing the unit costs and scope against similar construction projects awarded by the Department of the Navy or other DoD components.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This task order was awarded under full and open competition after exclusion of sources. This indicates that the solicitation was made available to all responsible prospective contractors, and multiple bids were likely received. The competitive nature of the award process is generally expected to drive down prices and ensure fair market value for the government.
Taxpayer Impact: A competitive award process helps ensure that taxpayer dollars are used efficiently by fostering price discovery and encouraging contractors to offer their best pricing.
Public Impact
The Department of the Navy benefits from the construction services provided under this task order. The services delivered are related to commercial and institutional building construction. The geographic impact is likely within the area of responsibility for the Department of the Navy. The contract supports the construction workforce, potentially including skilled trades and laborers.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific scope details makes it difficult to assess if the price is competitive.
- The 'after exclusion of sources' clause in the competition type warrants further investigation into why certain sources were excluded.
Positive Signals
- Awarded under full and open competition, indicating a robust bidding process.
- Firm-fixed-price contract type shifts cost risk to the contractor.
- The task order is part of a larger MACC, suggesting established contract vehicles are being utilized.
Sector Analysis
The commercial and institutional building construction sector is a significant part of the overall construction industry. Federal agencies, particularly the Department of Defense, are major clients in this sector, awarding numerous contracts for new builds, renovations, and maintenance of facilities. Spending in this area is influenced by infrastructure needs, modernization efforts, and operational requirements. Comparable spending benchmarks would involve analyzing the average cost per square foot or per project for similar types of federal construction.
Small Business Impact
The provided data indicates that small business participation (ss and sb fields) is not explicitly set aside for this task order. Therefore, the direct impact on small business set-asides is minimal. However, the prime contractor, GSINA-PACIFIC JV II LLC, may engage small businesses as subcontractors, contributing to the broader small business ecosystem. Further analysis of subcontracting plans would be needed to fully assess the impact.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of the Navy's contracting and program management offices. Accountability measures are inherent in the firm-fixed-price contract type, requiring the contractor to deliver the specified services within the agreed-upon price. Transparency is facilitated through contract award databases, though detailed project-specific oversight mechanisms are internal to the agency.
Related Government Programs
- Multiple Award Construction Contracts (MACC)
- Department of Defense Construction Projects
- Naval Facilities Engineering Command (NAVFAC) Contracts
Risk Flags
- Potential for cost overruns if contractor underestimates scope or encounters unforeseen conditions.
- Need for detailed scope definition to ensure fair pricing and value.
- Contractor's financial stability and past performance require verification for risk mitigation.
Tags
defense, department-of-defense, department-of-the-navy, construction, commercial-and-institutional-building-construction, firm-fixed-price, delivery-order, full-and-open-competition, macc, washington, moderate-value
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $7.1 million to GSINA-PACIFIC JV II LLC. MACC TASK ORDER
Who is the contractor on this award?
The obligated recipient is GSINA-PACIFIC JV II LLC.
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Navy).
What is the total obligated amount?
The obligated amount is $7.1 million.
What is the period of performance?
Start: 2025-12-23. End: 2027-09-13.
What is the specific scope of work for this construction task order?
The provided data indicates the contract is for 'Commercial and Institutional Building Construction' under NAICS code 236220. However, the specific scope of work, such as whether it involves new construction, renovation, repair, or specific types of facilities (e.g., barracks, administrative buildings, training facilities), is not detailed in the summary data. This level of detail is crucial for a comprehensive value assessment and for comparing it to similar projects. Without this, it's difficult to determine if the $713,256 award represents good value for the services rendered.
How does the per-square-foot cost of this project compare to similar DoD construction projects?
To compare the per-square-foot cost, we would need the total square footage of the facility being constructed or renovated, along with the total contract value. The current award is $713,256. If, for example, this task order was for the construction of a 10,000 square foot building, the cost per square foot would be approximately $71.33. This figure would then need to be benchmarked against historical data for similar DoD construction projects in the same geographic region, considering factors like building type, materials, and complexity. Without the square footage, a meaningful per-unit cost comparison is not possible.
What is the track record of GSINA-PACIFIC JV II LLC with the Department of the Navy?
Information on the track record of GSINA-PACIFIC JV II LLC with the Department of the Navy would typically be found by reviewing their past performance on previous contracts. This includes examining the quality of work, adherence to schedule and budget, and any past disputes or contract modifications. While this specific task order is a delivery order under a MACC, the contractor's history on other contracts awarded by the Navy or DoD would provide insight into their reliability and capability. Accessing this data often requires specific database queries or agency records.
What are the potential risks associated with a firm-fixed-price contract for construction?
While firm-fixed-price (FFP) contracts are generally advantageous for the government by shifting cost risk to the contractor, there are potential risks. If the contractor underestimates costs or encounters unforeseen site conditions, they may face financial losses, potentially leading to quality compromises or even contract default. For the government, the risk lies in ensuring the contractor has adequately priced the work and has the financial stability to absorb potential cost increases. Robust pre-award cost analysis and contractor financial vetting are essential to mitigate these risks.
How many bids were received for this task order, and what does that indicate about competition?
The data states the contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' and indicates 'no' (number of offers) as 4. This means that at least four offers were received from responsible sources. A competition with four bidders is generally considered healthy and suggests that the government had a reasonable selection of proposals to choose from. This level of competition typically leads to more competitive pricing and a wider range of technical solutions being considered.
Industry Classification
NAICS: Construction › Nonresidential Building Construction › Commercial and Institutional Building Construction
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR NONBUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 4
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 17 CHURCH ST, FLEMINGTON, NJ, 08822
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native Hawaiian Organization Owned Firm, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $7,132,560
Exercised Options: $7,132,560
Current Obligation: $7,132,560
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: N4425523D1609
IDV Type: IDC
Timeline
Start Date: 2025-12-23
Current End Date: 2027-09-13
Potential End Date: 2027-09-13 00:00:00
Last Modified: 2025-12-23
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)